DOCUMENT
Y -- DESIGN BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR THE NORTH FLORIDA AREA - Attachment
- Notice Date
- 7/21/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
- Solicitation Number
- N6945015R1109
- Point of Contact
- John Bazylewicz 904-542-6027
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS FOR SOLICITATION N69450-15-R-1109 Y--DESIGN BUILD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FIRM FIXED PRICE MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR THE NORTH FLORIDA AREA. THIS SOLICITATION IS BEING CONSIDERED FOR TOTAL SMALL BUSINESS SET ASIDE. This acquisition will result in the award of a Indefinite-Delivery/Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) Multiple Award Construction Contract (MACC) Design Build for North Florida. The contract will be awarded for one base year with four (4) option years for a maximum of sixty (60) months or an aggregate not-to-exceed (NTE) value of $99M for all contracts, whichever comes first.The anticipated workload is $90,000,000 over the life of all contracts and the maximum combined value of all contracts will not exceed $99,000,000. Each MACC will include a minimum guarantee of $1,000. Projects will vary in size from approximately $4,000,000 to $20,000,000. However, task orders under or over these amounts may be considered if deemed to be in the Government s best interest and approved by the NAVFAC SE Chief of Contracts.This solicitation is formatted as a Request for Proposal (RFP) for a negotiated procurement utilizing the Two-Phase Design/Build selection procedures. The source selection process to be used is Best Value Trade-Off Approach. Projects (Task Orders) for this contract will be for general building type projects (new construction, renovation, alteration, demolition, and repair work) including: 1) aviation and aircraft facilities, 2) marine facilities, 3) barracks and personnel housing facilities, 4) administrative facilities, 5) warehouses and supply facilities, 6) training facilities, 7) personnel support and service facilities, 8) security level facilities, 9) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation, and PCB s). Projects may also require comprehensive interior design and incorporation of sustainable features. Projects (Task Orders) issued under this contract will require either single discipline or multi-discipline design services or may include 100% construction performance specifications. Work may be required in other areas within the geographic area of responsibility of NAVFAC SE if deemed necessary and approved by the NAVFAC SE Chief of Contracts. The period of performance will be for one base year with four (4) option periods for a maximum of sixty (60) months or an aggregate not-to-exceed (NTE) value of $99M for all contracts, whichever comes first. Individual project task orders will be phased with independent completion dates and liquidated damages. Projects will vary in size from approximately $4,000,000 to $20,000,000. However, task orders under or over these amounts may be considered if deemed to be in the Government s best interest and approved by the NAVFAC SE Chief of Contracts. The NAICS for this procurement is 236220 with a size standard of $36,500,000.00 This will be an electronic solicitation, which can be downloaded from the NECO website. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ under Business Opportunities when it becomes available. Please be sure to register for NAVFAC s UIC N69450, to receive notification of amendments. Also register on the Planholders List for this project. Planholders List in a Two-Phase Solicitation may only be available during Phase I.. Please ensure you print or download the Planholders List prior to the solicitation moving into Phase II. The Phase I Solicitation will be available on or about 5 August 2012. Phase I Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). There will NOT be a Pre-Proposal Conference/Site Visit during Phase I.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/40bcacafa3dba42870dde7d649a29e60)
- Document(s)
- Attachment
- File Name: N6945015R1109_SYNOPSIS_N69450-15-R-1109.pdf (https://www.neco.navy.mil/synopsis_file/N6945015R1109_SYNOPSIS_N69450-15-R-1109.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6945015R1109_SYNOPSIS_N69450-15-R-1109.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6945015R1109_SYNOPSIS_N69450-15-R-1109.pdf (https://www.neco.navy.mil/synopsis_file/N6945015R1109_SYNOPSIS_N69450-15-R-1109.pdf)
- Record
- SN03804154-W 20150723/150721234902-40bcacafa3dba42870dde7d649a29e60 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |